- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 06, 2026. Industry: NAICS 335314 • PSC J059.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 335314 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 43 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 335314
Description
THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL.
***3/30/2026: The Government has updated this Sources Sought notice to include additional design parameters. These parameters are now posted as an attachment. This notice remains for market research only and does not constitute a solicitation or commitment by the Government.
This announcement constitutes a Sources Sought (SS) for information and planning purposes in accordance with procedures under FAR Part 13 Simplified Acquisitions. The Service Contract Division, C410, Norfolk, Norfolk Naval Shipyard (NNSY), Portsmouth, VA, 23709-5000 intends to issue a Firm Fixed-Price contract for upgrading NNSY’s Programmable Logic Controller (PLC) system as defined by the attached Performance Work Statement (PWS). This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government will not return any information submitted, nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected, when so designated.
The anticipated North American Industry Classification System (NAICS) code is 335314 (Relay and Industrial Control Manufacturing), and the PSC is J059 (Maintenance, Repair, and Rebuilding of Equipment: Electrical/Electronic Equipment).
The following key information is requested:
1. Company name, address, telephone number, CAGE code, DUNS number, point of contact (name, phone# and e-mail). If your company is a small business, please identify the socioeconomic status.
2. Explanation of the company's ability to perform 100% of the efforts required. This statement shall not reiterate or duplicate the language set forth in this notice or language from the attached DRAFT PWS. Your CAPABILITIES STATEMENT shall demonstrate your company’s ability to perform these critical tasks in their entirety.
3. Industry feedback on the attached PWS. Provide insight on the PWS language and if it is restrictive or aligns with industry standards.
4. Provide a Rough Order of Magnitude.
5. Suggestions on the NAICS and PSC codes selected.
6. Suggested CLIN structure and Period of Performance. Provide a realistic timeline and milestones for completion of this requirement.
Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to Chaunsa Saunders, chaunsa.d.saunders.civ@us.navy.mil, and Jordan Moore, jordan.e.moore.civ@us.navy.mil, no later than 6 MARCH 2026 at 11:00 AM EST with a copy to Chad Godwin, Contracting Officer, chad.r.godwin.civ@us.navy.mil. NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED. Requests for a solicitation package will not be honored nor will technical point-of-contact information be provided.
By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov.
Again, this is not a request for a proposal. Respondents will not be notified of the results.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.